SOURCES SOUGHT
91 -- Amber Fuel for Boilers
- Notice Date
- 11/25/2019 10:43:42 AM
- Notice Type
- Sources Sought
- NAICS
- 221112
— Fossil Fuel Electric Power Generation
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q0177
- Response Due
- 12/2/2019 8:59:59 PM
- Archive Date
- 12/22/2019
- Point of Contact
- Marie Irvinmarie.irvin@va.gov
- E-Mail Address
-
marie.irvin@va.gov
(marie.irvin@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).DISCLAIMERThis RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) under NAICS 221112. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. SOURCES SOUGHT DESCRIPTIONThe Department of Veterans Affairs, Network Contracting Office 22, VA Loma Linda System, is seeking sources that can provide a Amber Fuel for Boiler that at a minimum meets the following salient characteristics: 1) Purchase and have delivered 4,000gallons of amber -363-II fuel which is back up fuel for boilers to main hospital. 4000 Gallons 2) Environmental fee 1 Each 3) Fuel Surcharge 1 Each 4) Delivery Charge 1 EachSTATEMENT OF WORK AND CRITERIA FOR TITLE:Refuel the two (2) 20,000 gallon under-ground storage tank with 2,000 gallons each of amber-363-fuel for boilers to Main hospital.BACKGROUND INFORMATION:Two 20,000, gallon back-up fuel Under-ground storage tanks for boilers Fuel is at 60%. It needs to maintain at 90% capacity.OBJECTIVES:The purpose of this contract is to have a Contractor furnish all the labor, materials, supplies, and refuel two (2) 20,000 gallon underground storage tank with 2,000 gallons each tank this is back-up fuel for boilers to main hospital. Boilers fuel is amber-363-II as per manufacture s manual. Services performed shall conform to industry standards and this statement of work (SOW). 1. Check in with boiler plant 2. Install safety barrier around fuel tanks 3. Provide safety spill kit 4. Provide proper fire extinguisher 5. Deliver and fill underground storage tank with,4000 gallons of amber-363-II fuel 6. Clean up hazmat spills if any and properly dispose 7. Check out with boiler plant 8. Turn in manifest PERIOD OF PERFORMANCE:4 weeksPLACE OF PERFORMANCE: VA Loma Linda 11201 Benton St Loma Linda, CA 92357LICENSING REQUIREMENTS:Offeror must possess a 30-hour Occupational Safety and Health Administration (OSHA) safety card.SPECIFIC REQUIREMENTS:Schedule with Contracting Officer Representative (COR) or Designee five (5) business days in advance prior to start of work.Prior to start of job, all personnel shall have a valid Loma Linda PIV badgePrior to working, ALL energy sources (electrical, water, etc.) shall be locked and tagged out, and upon completion of work, will be re-energized and verified.Prior to work each day, workers or a designated lead or supervisor are/is to check in with the Graphics Control in the plant.Contractor shall conform to the following standards, policies, regulations, governing agency, and any other local, state, or Federal guidelines that are not listed hereOSHA Regulations, www.osha.gov NFPA, www.nfpa.org The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and can provide the sought-out supplies/services, please provide the requested information indicated below. Response to this notice should include: company name, address, point of contact, DUNS number, size of business pursuant to the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)Is your company considered small under the NAICS code identified under this RFI? If not, is your company considered small under a related NAICS code?Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).If you re a small business and you are an authorized distributor/reseller for the items identified above (or an equivalent solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions you are providing information for available on your schedule/contract?Please provide general pricing of your products/solution for market research purposes.Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to brand name or equal to items to establish capabilities for planning purposes. No remanufactures or gray market items will be acceptable. Vendor shall be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor or authorized reseller verified by an authorization letter or other documents from the OEM. SUBMISSIONResponses to this notice shall be submitted via email to marie.irvin@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Monday December 2nd at 10:00 A.M. PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/803ece58d250476f940ba7b9e726bbd6/view)
- Place of Performance
- Address: Department of Veterans Affairs;Loma Linda Healthcare System;11201 Benton Street;Loma Linda, CA 92357
- Record
- SN05503482-F 20191127/191125230301 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |